Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2002 FBO #0255
SOLICITATION NOTICE

20 -- Sole Source AN/SQH-4(B) Dynamically Focused Sonar System (Klein Series 5000), options and supporting subsystems, equipment and software

Notice Date
8/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
N65236-02-R-0083
 
Response Due
9/12/2002
 
Point of Contact
Point of Contact - Greg A Becker, Contract Specialist, 843-218-5049
 
Small Business Set-Aside
N/A
 
Description
The Government intends to issue Solicitation N65236-02-R-0083 as a sole source commercial item contract to DWS International Inc., 31B Centaurus Drive, Corpus Christi, TX, 78405, for the following items: AN/SQH-4(B) Dynamically Focused Sonar System (Klein Series 5000), options and supporting subsystems, equipment and software. This equipment includes, but is not limited to the Klein Series 5000 Portable, Integrated Survey Systems; Individual Systems, Subsystems or Accessories configured for mission specific operations including subsystems or software such as SonarPRO, MultiView or SonarView Software. A Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract is anticipated with a base year, (1) one-year option period, and two option quantities that may be exercised during any time during the base year or option year I. The side scan sonar must simultaneously meet the following minimum critical operating characteristics: (a) Along Track Resolution ? The along track resolution shall be 20 cm to 75 m, increasing to 36 cm at 150 m maximum range; (b) Cross Track Resolution ? The cross track resolution shall be 7.5cm at 50usec and 100usec, 15cm at 200usec; (c) Coverage - The system shall cover a 200 meter swath width at all operating speeds from 3 to 10 knots at full (along and cross track) resolution; (d) Depth ? The system shall meet all coverage and resolution requirements at depths up to 200 meters; (e) Pulse Width ? The system pulse width shall be operator selectable from 50 to 200usec; (f) Output Data ? The output data shall be directly importable into the Navy?s META database. The total estimated value is $3,195,900 for the base year, and $1,796,500 for the option quantities, for a total of $4,992,400. The guaranteed minimum will be $250K. Delivery of these items will be 90 days after the date of orders written. A draft of Sections B and C are available on our Spawar E-commerce Website. The North American Industry Classification System (NAICS) code is 334511 and the size standard is 750 employees. This notice of intent is not a request for competitive proposals. Interested parties may submit comments in writing to the contract specialist, Gregory Becker, Code 0213GB, SPAWAR Systems Center Charleston, telephone number (843) 218-5049, e-mail address beckerg@spawar.navy.mil, no later than 4:00 p.m. local time (EDT) 19 August 2002.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=399F365AE39A09BB88256C13005A1C1F&editflag=0)
 
Record
SN00138853-W 20020814/020812213802 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.